The RFP Database
New business relationships start here

AH-1 20mm Linkless Feed System


Maryland, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

AH-1 20mm Linkless Feed System- Request for Information Announcement


The Naval Air Systems Command (NAVAIR) intends to perform market research in support of the AH-1Z 20mm Linkless Feed and Loader Systems manufacture, depot repair, overhaul, technical and logistics support. The purpose of this request for information is to identify candidate systems that meet the Government's requirements as reflected in this announcement. Candidates should submit a capabilities statement package as set forth below.


THE PURPOSE OF THIS REQUEST FOR INFORMATION IS FOR PLANNING PURPOSES ONLY.  THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY PURPOSE OTHER THAN MARKET RESEARCH.  FURTHER, THE GOVERNMENT IS NOT SEEKING PROPOSALS AT THIS TIME AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. THE GOVERNMENT IS IN NO WAY LIABLE TO PAY FOR OR REIMBURSE ANY COMPANIES OR ENTITIES THAT RESPOND TO THIS ANNOUNCEMENT.  NO CONTRACT SHALL BE AWARDED BASED ON RESPONSES TO THIS REQUEST FOR INFORMATION.


The 20mm Linkless Feed System, which is currently employed on the USMC AH-1W/Z aircraft, meets PRF-AH1W-LLF-038 Rev D Performance Specification, dated 04 April 2011.  All businesses that can meet the requirements of the specification are encouraged to respond.    


The Government requires responses to this RFI be focused on the following characteristics:

•·         The Linkless Feed System shall have a Technology Readiness Level (TRL 9) that is "mission proven" and fully integrated with operational hardware/software systems and has been thoroughly demonstrated and tested in its operational environment.  

•·         Candidate shall have successful operational experience, manufacturing, sustaining engineering and logistics support in place.

•·         Key PRF-AH1W-LLF-038 Rev D Performance Specification Requirements:

•·         Candidate system shall be capable of handling both PGU and M50 series 20mm ammunition and shall be capable of being manually loaded into the Ammunition Storage Unit (ASU) both on and off the aircraft.

•·         A loading system requiring no more than two personnel to maneuver and operate may be required.

•·         The feeder mechanism shall remain attached to the M197 cannon and the feed chute shall be able to be installed with a self-timing capability. 

•·         Feed chutes must be able to also be self-timed at the magazine and/or merger assemblies.

•·          Ammunition Storage Unit (ASU) shall have a minimum capacity of 650 rounds of 20mm Linkless ammunition, with an objective of 750 rounds (PGU and M50 series).

•·         The Flexible Feed/Return Chute to be provided shall be able to interface with the existing bulkhead opening on the AH-1W/Z and be able to articulate to meet the full range of the turreted gun system. The bulkhead opening is 17.5"W X 4.5" H for the AH-1W and 12"W X 4.5"H for the AH-1Z.

•·         System shall meet the equipment operation requirements of MIL-STD-704F when supplied with 28 VDC aircraft power.  

•·         The magazine assembly shall include provisions for four (4) lifting handles to remove and carry under a fully weighted load not to exceed 600lb

•·         20mm Ammunition is susceptible to Electromagnetic Radiation.  Ammunition conveyor system and magazine shall meet MIL-STD-464 requirements for HERO Susceptible Ordnance. 

•·         Company shall be capable of testing all up systems by supplying 20mm Linkless dummy ammunition at a rate of 675 +30 to -75 spm for short bursts or a full ammunition complement. The cycle rate shall be maintained over any combination of azimuth between +/-110⁰ and elevation maximum elevation to -50⁰. The system shall be capable of burst control of 16 +/4 rounds.


Interested businesses should submit a brief capabilities statement package (not to exceed 10 pages) demonstrating ability to provide the requirements listed in this RFI and any additional system capabilities.  The capabilities statement package should include:  1. Company information, including name, address, and URL; 2. Whether the company is a manufacturer or a distributor; 3. A point of contact for follow-up information (phone number and email address); 4. Product name and information to include: data clearly defining system components and functions, minimum top level interface requirements, system total weight, demonstration of TRL-9 maturity, system flight qualification verification and test results, quantities and points of contact for any currently fielded systems and information on how long systems have been fielded; 5. Please indicate the level of training and user support that is available; 6. Lead time for ordering and delivery; and 7. Methodologies of addressing obsolescence and any product risks. 8. If a commercial product, provide commerciality justification. 9.  Indicate if any constituent components are from a foreign vendor or require foreign maintenance.  10.  Describe maintenance philosophy, options and repair turnaround time.   11.  Indicate if any data to support integration and maintenance is other than unlimited or Government purpose rights.


All information received will be treated as public knowledge; therefore, vendors should not submit proprietary information in response to this RFI. Classified material SHALL NOT be submitted.


Interested companies should indicate whether or not they are a small, 8(a), WOSB, HUBZone, or SDVOSB business based on the applicable NAICS Code and corresponding size standard. 

Information provided herein is subject to change and in no way binds the Government to solicit or award a contract.  If a solicitation is released, it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov. ; It is the potential offeror's responsibility to monitor Federal Business Opportunities for the release of any follow-on information

Companies shall submit capability statements responses by e-mail to Nancy Seale, Contracts Specialist, nancy.seale@navy.mil.

The Government will not accept questions to this RFI. Responses to this RFI are to be submitted by noon, Eastern Standard Time (EST) NLT 26 January 2017.



 


Nancy Seale, Phone 3017575936, Email nancy.seale@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP